Loading...
Backup Documents 06/08/2021 Item #16C 7 UTING ORIGINAL DOCUMENTS CHECKLIST ROS SENT SLIPO i b C 7 TO ACCOMPANY ALL ORIGINA ME THE BOARD OF COUNTY COMMIISSI slip ONERSinal dOFFIICE FOR SIGNATUREs are to be t o Attorney Office Print time a pink item Attach to einalage agenda. Allcompleted at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office later r than Monday preceding the Board meeting. **NEW** ROUTING SLIP 1) S 3 a s ' o U1 C n needed. If the Complete of eg hai a through: ature draw alinete for th oua_hdr'outin,lines#1 th ou:h#2 es, �om,letor e the check checklist,and forward to nt is theCoun already Att me complete exce•tion of the Chairman _ Initials Date Route to Addressees (List in routing order) Office `\ 1. 2. County Attorney Office , rilk 3. County Attorney Office -d 4. BCC Office Board of County '"' Commissioners _1111111n.!. Clerk of Court's Office l i C ` , Afk 5. Minutes and Records l PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees ✓1 above,ma need to contact staff for additional or missin:information. Phone Number �,•, Name of Primary Staff w YO 23C� zs 2-6 Z`3 --I Contact/ De,artment Z a'ntAQ o I b_0 3 Age e e a Item Number Vs 30S O , Agenda Date Item was ! , _ 7A 2_ ( _ X A��roved b the BCC �O N Yy L & Num.er of 0 iginal 4 Ala r,�es (o r i',,,Act,Attached l or i r Type of Document W Q t, @Ac V n�C ) l/ S( d o r`., /) Documents Attached ?,a r, I- e 0 r�-') . PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST N/A ess (Not Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yetial) N/A a appropriate. (I �� 1. Does the document require the chairman's original signature? Iv 2. Does the document need to be sent to another agency for additional signatures? If yes, I provide the Contact Information(Name;Agency; Address; Phone)on an attached sheet. i 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed --Eto by thea Office of he County Attorney. ` , 4, All handwritten strike-through and revisions have been initialed by the County Attorneys =_�--/// Office and all other parties except the BCC Chairman and the Clerk to the Board 5. _... The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. qh 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip �� should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on iir$'2 and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the chan es,if applicable 9 Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 1:Forms/County Forams/BCC Forms/Original Documents Routing Slip WWS Original 9.03. 4,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16C 7 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors" Contract Expiration Date:July 4,2021 Bid#2104-002 This Work Order is for professional underground utility services for work known as: Project Name: PS 305.01 Rehabilitation. Project No:70141.2 The work is specified in the proposal dated May 17, 2021 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to: Quality Enterprises USA Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Bid Items 1 through 9—General Pump Station Work * Task II Bid Item 10-Owner's Allowance * Task III Bid Item II -Owner's Landscape Allowance Schedule of Work: Complete work within 120 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement# 14-6213 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate —Schedule A)❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $ 385,814.32 LS Task II $ 57,872.15 T&M Task III $ 15,000.00 T&M TOTAL FEE $458,686.47 1 PREPARED BY: Zamira DelToro, Project Manager Date APPROVED BY: , s ZO/2-) D'ar"tel Roman, Principal Project Manager Date Page 1 of 3 /�(,{J 05202021 1 6 C 7 AudeeAPPROVED BY: m IL, 6Z 1 To 'Chmelik, EPM Division Director Dat APPROVED B l-- 5.70 Beth Johnsse nground Services Division Director ate APPROVED BY: �v� _.-- S- / 3 4)-/ Jos I Bell ne,Operation Support Director Date APPROVED BY: G y S—�aa�� D , eorge Yil az, Department Head Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses,that, to the best of their knowledge and belief,all relevant facts concerning past,present, or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Quality Enterprises USA Inc. 05/20/2021 Louis J. Gaudio, Vice President Date (Remainder of page intentionally left blank) Page 2 of 3 1 6 C 7 IN WITNESS WHEREOF, the parties hereto,have each, respectively, by an authorized person or agent,have executed this Work Order on the date and year first written below. ATTEST: BOARD OF OUNTY COMMISSIONERS Crystal K. Kinzel,Clerk of Courts COLLIER O Y, FLORIDA By: By: Penny Taylor, irperson Dated: ju�ej {ii. l� (SEAL)- Attest as to Chairman's signature ortly.• ' Quality Enterprises USA Inc. \\O,, (,,,-,) By: _S First Witness Signature Louis J. Gaudio.Vice President Matt Casey TType/print signature and titleT TType/print witness nameT Second Witness Marcie Cohen TType/print witness nameT prove a in nd gality: C7 L` ..,�s�sit County Attorney Peemy 5Ga Print Name Page 3 of 3 1 6 C 7 CjjrCounty Public Utilities Department Engineering&Project Management Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213"Annual Contract for Underground Utilities&General Contractors" Date: April 27,2021 From: Zamira Del Toro, Project Manager 239-252-6279, Telephone Number Zami ra.Deltoro(c�colliercountvfl.gov To: Potential Quoters Subject: PS 305.01 Rehabilitation As provided in the referenced contract,the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Monday, May 17,2021 at 3:00 PM Pre-Quote Meeting: N/A Q&A Deadline: Friday, May 7,2021 at 5:00 PM Number of Days to Final Completion: 90 days to substantial+30 days final = 120 days total 1.RFQ Cover Letter 2.Construction Plans 3. Bid Schedule(Excel and PDF) Scope Provided __. 4. Specifications and Easement Documents Plans and Specs: Yes Liquidated Damages: $1,457.00 per day Payment&Performance Bonds If over$200,000.00 Your quotation response for this project is due no later than the date and time specified above.We will not accept any quotation responses later than the noted time and date. We look forward to your participation in this request for information/quotation process. Please return the following documents with your quote: • This RFQ Letter signed by an officer of the Firm. • Bid Schedule Form with quote costs. • Any and all Bid Addendums signed by an officer of the Firm. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 / 239-435-7202 Telephone Number Number Signature Vice President Title Louis J. Gaudio 5/17/21 Print Name Date 1 RFQ 14-6213 Collier County ADDENDUM#1 Date: May 10, 2021 To: Interested Bidders From: Zamira Del Toro Subject: PS 305.01 Rehabilitation—Solicitation No.2104-002 The following changes were made to Bid#2104-002—PS 305.01 Rehabilitation • Attachment o PS 305.01 Photos(Year 2012 and 2019)added as part of project package. If you require additional information please post a question on our Bid Sync(www.bidsvnc.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 5/10/21 (Signature) Louis . Gaudio, Vice President Date Quality Enterprises USA, Inc. (Name of Firm) 1 1 6C Cofkr County ADDENDUM#2 Date: May 13,2021 To: Interested Bidders From: Zamira Del Toro Subject: PS 305.01 Rehabilitation—Solicitation No.2104-002 The following changes were made to Bid#2104-002—PS 305.01 Rehabilitation The deadline to respond to this Bid#2104-002 is being extended. The new RFQ Due date is Monday, May 17, 2021 at 3:00 PM If you require additional information please post a question on our Bid Sync(www.bidsvnc.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 5/13/21 (Signature) Louis J. Gaudio, Vice President Date Quality Enterprises USA, Inc. (Name of Firm) 1 i 16C COWER COUNTY WATER SEWER DISTRICT PUMP STATION 305.01 REHABILITATION COUNTY BID NO.2104-002 UPDATED 4/22/21 Quality Enterprises USA,Inc. Units Estimated Cost Per Unit Total Bld Item Description Quantity J 1 Mobilization/Demoblllzation(Not to Exceed 10%of Total of Items 2-9) LS 1 $30,000.00 $30,000.00 2 Site Demolition LS 1 $26,500.00 $26,500.00 3 Pump Station/Electrical Demolition LS 1 S18,600.00 $18,600.00 4 Pump Station Bypass IS 1 $15,720.00 $15,720.00 5 Pump Station Coating LS 1 $12,360.00 $12,360.00 6 Pump Station Rehabilitation LS 1 $145,803.31 $145,803.31 7 Pump Station Electrical LS 1 $85,918.80 $85,918.80 8 Site Work LS 1 $42,322.61 $42,322.61 9 Pump Station Testing&Startup LS 1 $8,589.60 $8,589.60 10 Owner's Allowance(15%of the subtotal of items 1-9,inclusive) LS/TM 1 $57,872.15 $57,872.15 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 TOTAL PRICE $458,686.47 Owner's Allowance:Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum,unit price or time and materials depending upon the nature of the work.(15%of the subtotal of items 1-9, Inclusive) Note:Easement agreement documents are included as part of the bid package.Please read the conditions under item 8 9(a to f)for this project. ( C:}thers\1.iME1Ca0en\OutunMr1U\Prowsa$o\CdM,County G0,,,,,,0'2021',1t6111,Ps 105.01 M1WAkMI S.lt.11\Copy M PS_105.0I 011-5,t.dule